Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2003 FBO #0577
SOLICITATION NOTICE

66 -- VACUUM PLASMA SPRAY TUBING

Notice Date
6/27/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
03-C3A-014
 
Response Due
7/10/2003
 
Archive Date
6/27/2004
 
Point of Contact
Timothy M. Bober, Contract Specialist, Phone (216) 433-2764, Fax (216) 433-2480, Email Timothy.M.Bober@nasa.gov
 
E-Mail Address
Email your questions to Timothy M. Bober
(Timothy.M.Bober@nasa.gov)
 
Description
This notice is a combined synopsis/solicitation for non-commercial items. This announcement constitutes the only solicitation. The Government intends to acquire other than commercial item using the Simplified Acquisition Procedures set forth in FAR Part 13. This notice is being issued as a Request for Quotations (RFQ) for a Vacuum Plasma Spray Tubing. 1. BACKGROUND: The NASA Glenn Research Center (GRC) requires five 24? lengths of small diameter (1/8? O.D.) tubing of GRCop-84 material for use in the Heated Tube Facility. The Contractor shall produce this tubing through Vacuum Plasma Spray processing with GRCop-84 powder. This specification defines the dimensions and material characterization required from the finished product. 2. STATEMENT OF WORK: The Contractor shall Vacuum Plasma Spray tubing of GRCop-84 material. NASA GRC shall supply the required amount of -235 mesh GRCop-84 powder. Five (5) identical pieces of tubing shall be produced with each piece 24 inches (+/- 0.5?) in length. The tubing shall have an outside diameter of 0.125 inches (+0.02?/-0.000?) and an inside diameter of 0.060 inches (+0.002/-0.000?). Uniformity of the tube wall thickness, both circumferentially around the tube and axially along the length of the tube, is the most critical dimension. The internal surface finish shall be an 80 RMS minimum acceptable. The exterior surface finish shall be a minimum acceptable of 32 RMS. The tubes shall be processed in a Hot Isostatic Press (HIP) with the mandrel in place after spraying using a temperature of 1750-1850?F, a pressure of 15-30 ksi and a time of 1-2 hours to minimized porosity of the GRCop-84 material. The exterior surface shall be machined with the mandrel in place to provide additional support for the tube. The mandrel shall be removed by the contractor. The tubes shall be straightened and delivered as straight as possible. The contractor shall characterize the quality of the tubing material prior to delivery by: - performing a helium leak test verify lack of porosity. - conducting a hydrostatic pressure strength test of each tube to 2200 psig to verify that the strength will be sufficient for test rig. - measuring and reporting Rockwell Hardness, microstructure, and density. In Addition to Meeting the Criteria Above, The Contractor Shall Provide The Following: a. A step-by-step description of the processing to produce the tubes including the plan to maximize wall uniformity. b. A brief description the bidder?s experience with GRCop-84 material. 3. DELIVERABLES 1. Five (5) 24? lengths of GRCop-84 tubing. 2. A detailed report describing the processing steps and conditions developed to successfully produce the tubes. The report should also include the results of all material characterization and microstructure and density evaluations conducted. 4. PERIOD OF PERFORMANCE The Period of Performance for this effort shall be 4 weeks from receipt of order. **NOTE TO PROSPECTIVE OFFERORS: OFFEROR MUST INCLUDE ADEQUATE INFORMATION FOR THE GOVERNMENT TO EVALUATE WHETHER OR NOT THEIR QUOTATION MEETS THE REQUIREMENTS IN THE ABOVE STATEMENT OF WORK** 5. EVALUATION AND AWARD SELECTION FOR BEST VALUE Award will be based upon overall best value to the Government among those offers that meet the specifications general instructions above. Consideration will be given to the factors of meeting specifications, total price, best value criteria (see the next paragraph below) and past performance. Other criteria requirements if so stated in the solicitation and best value will also be considered. Unless otherwise stated in the solicitation, for selection purposes, specifications, total price, and past performance are essentially equal in importance. Technical acceptability will be determined by information submitted by the offeror providing a description in sufficient detail to show that the proposal meets the Government?s requirements (see the above Statement of Work). **It is critical that the offerors provide adequate detail to allow the Government to evaluate their offeror. ** 6. BEST VALUE CRITERIA In response to best value criteria, the contractor shall provide information, in sufficient detail, how they meet the criteria listed below: -The Contractor?s ability to perform a tighter tolerance on O.D. The desired O.D. tolerance is 0.125 inches (+0.005?/-0.000?). This procurement is a total small business set-aside. The provisions and clauses in the RFQ are those in effect through FAC 01-13. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 333513 and 500 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit comments which shall be considered by the agency. Delivery to Glenn Research Center is required within four weeks ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is D0-C9 Offers for the items(s) described above are due by Thursday July 10, 2003 and may be e-mailed, faxed or mailed to the NASA Glenn Research Center Attn: Timothy M. Bober 21000 Brookpark Road Mail Stop 500-306 Cleveland, Ohio 44135 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-2 (Apr 2003), Contract Terms and Conditions- Simplified Acquisition (Other Than Commercial Items) is applicable. The following identified clauses are incorporated by reference: 52.213-2 Invoices 52.213-3 Notice to Suppliers 52.213-4 Terms and Conditions - Simplified Acquisitions 52.227-14 Rights and Data ? General 52.232-1 Payments 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.243-1 Changes in Fixed Price 52.243-1 Changes in Fixed Price - Alternative I 52.243-1 Changes in Fixed Price - Alternative II 52.243-1 Changes in Fixed Price - Alternative III 52.246-2 Inspection of Supplies - Fixed - Price 52.246-4 Inspection of Supplies - Fixed - Price 52.247-1 Commercial Bill of Lading Notations 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) 1852.204-74 Central Contractor Registration 1852.204-76 Security Requirements of Unclassified Information Technology Resource 1852.223-72 Safety and Health (Short Form) 1852.242-72 Observance of Legal Holidays 1852.245-72 Liability of Government Property Furnished for Repair or Other Service The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Timothy M. Bober not later than Thursday July 3, 2003. Telephone questions WILL NOT be accepted. Offerors must include completed copies of the provision at 1852.213-17, Offeror Representations and Certifications ? Other Than Commercial Items with their offer. These may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/. These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#106375)
 
Record
SN00359265-W 20030629/030627213916 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.